Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOURCES SOUGHT

66 -- ICP-MS Spectrometer

Notice Date
2/25/2011
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
 
ZIP Code
00000
 
Solicitation Number
G11PS00114
 
Response Due
3/4/2011
 
Archive Date
4/3/2011
 
Point of Contact
Lisa Hayes
 
E-Mail Address
ldhayes@usgs.gov
(ldhayes@usgs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The USGS, Geoanalytical Research Chemistry Project located at the Crustal Geophysics and Geochemistry Science Center, Denver, CO has a requirement for a single collector high-resolution double-focusing inductively coupled plasma mass spectrometer (ICP-MS) and installation services to support multiple projects within the Central Minerals and Environmental Resource Center and the Crustal Geophysics and Geochemistry Science Center as well as other programs and projects within USGS. Small business sources are sought for a single collector high-resolution double-focusing inductively coupled plasma mass spectrometer (ICP-MS) system that meets the following requirements. REQUIREMENTS: 1. The instrument offered to USGS shall include ICP-MS spectrometer, standard liquid sample introduction system, software, computer/controller, monitor, installation costs, and a minimum 2 year warranty. All equipment, software, or other options necessary to meet the specifications shall be new. Any required chillers, power conditioning systems, or transformers shall also be included. 2. The mass spectrometer system shall be a double-focusing system with a magnetic sector and an electrostatic sector capable of measuring masses from 2 to 255 amu or higher. The abundance sensitivity of the mass spectrometer shall be 8 X 10-6 at m/z = 237 with a precision of 0.5% RSD. The resolution achievable on the mass spectrometer should be variable and have a minimum of three resolution settings (R=300, R>4000, and R>10,000). It should be possible to automatically change the resolution and perform, low, medium, and high resolution analyses of the same element during the same analytical run. 3. The inductively coupled plasma (ICP) radio-frequency generator shall be solid state and fully computer controlled. The ICP generator shall be capable of operating and performing analysis with forward powers between 800W to 1600W in all resolution modes. All ICP gas flows (cooling, auxilliary, nebulizer) and make-up gas (if utilized) shall be fully computer controlled and metered using mass flow controllers. The system shall include a minimum of 2 additional computer-controlled mass flow controllers capable of controlling additional gases such as He or O2 as required by peripheral devices such as laser ablation or for the direct analysis of organic samples. 4. The system shall be supplied with an automated extended dynamic range ion detection system capable of detecting signals over 9-12 orders of magnitude across the entire mass range. The ion detection system should be protected from detector overload during the analysis of unknown samples or operator error. Any calibration and cross-calibration of the detectors used should be also be automated. 5. The instrument hardware and software shall be able to perform the following types of data acquisition and signal processing: a) quantitative analysis and semi-quantitative analysis using external standards, method of standard additions, method of additions, and isotope dilution, b) isotope dilution and isotope ratio measurements, c). all quantitative analysis calculations shall be performed in real-time and results displayed during the current analysis. For quantitative analysis, the instrument software shall include the capability of performing the following quality control checks and actions: 1) Automated check sample, standard, and blank analyses with user set recovery acceptance limits and failure actions, 2) Internal standard drift for check standards and samples with user set acceptance limits and failure actions, 3) sample duplicate relative percent difference with user set acceptance limits and failure actions, 4) matrix spike sample recovery with user set acceptance limits and failure actions, 5) matrix spike duplicate relative percent difference with user set acceptance limits and failure actions, and 6) diluted sample percent difference with user set acceptance limits and failure actions. Vendors shall indicate whether their quality control checking capabilities comply with U.S. EPA Method 200.8 and 6020 Quality Control requirements. 6. The instrument software and hardware shall allow the collection, real time monitoring, and processing of transient signals from alternative sample introduction devices such as laser ablation or chromatographic (HPLC, IC and GC) systems, using a remote trigger capability. 7. Raw data, quantitative analysis, isotope ratio, isotope dilution, and speciation analysis results shall be able to be printed and exported in a variety of user-configurable formats including Microsoft Excel, csv, ascii, etc. 8. The system shall include a random access autosampler system capable of holding more than 350 sample tubes and 10 standard tubes. The autosampler system shall be completely controlled via the instrument operating software for ease of use. The autosampler shall include a dual-rinse capacity and the rinsing stations shall be supplied through an integrated pumping assembly. Gravity feed of the rinse solutions is not acceptable. The autosampler shall be able to be configured with a variety of different sample tray sizes and types for use within the same analytical run. The autosampler shall be designed to minimize the possibility of sample contamination via contact of solutions with metal parts or from metal parts passing over the samples. All components of the autosampler in contact with sample or standard solutions shall be manufactured out of chemically inert materials.The USGS is in search of small business firms who are able to provide the above mentioned supply/service. Small business firms who feel they can furnish the required supply/service or its functional equivalent (based on criteria specified herein) are invited to submit in writing an affirmative response to this announcement. An affirmative response would include literature, brochures and such other materials, which correspond to the required supply/service stated herein. This information will be used to determine if competitive opportunities exist. POC: Lisa D. Hayes, U. S. Geological Survey, P. O. Box 25046, MS-204, Denver, CO 80225, e-mail: ldhayes@usgs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G11PS00114/listing.html)
 
Record
SN02387595-W 20110227/110225234109-7889dd8d40b88581359b13018e77f22d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.